Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOURCES SOUGHT

66 -- Forensic Proficiency Exams

Notice Date
11/7/2018
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Gordon, 419 B St., Bldg 29718, 3rd Floor, Fort Gordon, Georgia, 30905-5719, United States
 
ZIP Code
30905-5719
 
Solicitation Number
0011270227
 
Archive Date
11/29/2018
 
Point of Contact
Sherrilyn Rice, Phone: 706-791-1831
 
E-Mail Address
sherrilyn.u.rice.civ@mail.mil
(sherrilyn.u.rice.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command, Fort Gordon, GA is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide the following products: • Custom DNA Test #1: The first proficiency test design shall contain four (4) single‐source white blood cell samples on cotton swabs. These samples will consist of three (3) unique "known" human male DNA samples and one (1) "unknown" male DNA sample matching one (1) of the known samples. Each sample will consist of two (2) cotton swabs, each containing sufficient DNA for complete typing at 24 cycles using the Global Filer, Global Filer Express, Identifiler Plus, and/or the YFiler Plus amplification kits containing a minimum of 15 ul per sample. • Custom DNA Test #1: The first proficiency test design shall contain four (4) single‐source white blood cell samples on cotton swabs. These samples will consist of three (3) unique "known" human male DNA samples and one (1) "unknown" male DNA sample matching one (1) of the known samples. Each sample will consist of two (2) cotton swabs, each containing sufficient DNA for complete typing at 24 cycles using the GlobalFiler, Global Filer Express, Identifiler Plus, and/or the YFiler Plus amplification kits containing a minimum of 15 ul per sample. • Custom DNA Test #2: The second proficiency test design shall contain three (3) single‐source white blood cell samples on cotton swabs. These samples will consist of three (3) unique "known" human DNA samples, with at least one (1) male contributor and one (1) female contributor. Each sample will consist of two (2) cotton swabs, each containing sufficient DNA for complete typing at 24 cycles using the GlobalFiler Express amplification kit containing a minimum of 15 ul per sample. • Custom DNA Test #2: The second proficiency test design shall contain three (3) single‐source white blood cell samples on cotton swabs. These samples will consist of three (3) unique "known" human DNA samples, with at least one (1) male contributor and one (1) female contributor. Each sample will consist of two (2) cotton swabs, each containing sufficient DNA for complete typing at 24 cycles using the Global Filer Express amplification kit containing a minimum of 15 ul per sample. • Custom DNA Test #3: The third proficiency test design shall contain four (4) single‐source white blood cell samples on FTA indicating paper. These samples will consist of three (3) unique "known" human DNA samples and one (1) "unknown" DNA sample matching one of the knowns. Each sample will contain sufficient DNA for complete typing at 26 cycles using the Global Filer Express amplification kit containing a minimum of 15 ul per sample. • Custom DNA Test #3: The third proficiency test design shall contain four (4) single‐source white blood cell samples on FTA indicating paper. These samples will consist of three (3) unique "known" human DNA samples and one (1) "unknown" DNA sample matching one of the knowns. Each sample will contain sufficient DNA for complete typing at 26 cycles using the Global Filer Express amplification kit containing a minimum of 15 ul per sample. • Custom DNA Test #4: The fourth proficiency test design will contain already generated Identifiler Plus DNA profiles which are provided to the laboratory for interpretation purposes only. The proficiency test will consist of four (4) profiles, two (2) known profiles and two (2) questioned/evidence profiles. The format of these profiles will be either.fsa files or analyzed electropherograms. If the data is analyzed, the Amplitude Thresholds will be as follows: Blue: 32 relative fluorescence units (rfu); Green: 41 rfu; Yellow: 71 rfu; Red: 76 rfu; Internal Lane Standard (ILS): 500 rfu. If the data is provided as an.fsa file, the appropriate controls (Allelic Ladder, Positive Control, • and Negative Control) will also be included. At least one (1) of the questioned/evidence profiles will be a mixture, and mixtures will not contain more than three (3) contributors. • Custom DNA Test #4: The fourth proficiency test design will contain already generated Identifiler Plus DNA profiles which are provided to the laboratory for interpretation purposes only. The proficiency test will consist of four (4) profiles, two (2) known profiles and two (2) questioned/evidence profiles. The format of these profiles will be either.fsa files or analyzed electropherograms. If the data is analyzed, the Amplitude Thresholds will be as follows: Blue: 32 relative fluorescence units (rfu); Green: 41 rfu; Yellow: 71 rfu; Red: 76 rfu; Internal • Lane Standard (ILS): 500 rfu. If the data is provided as an.fsa file, the appropriate controls (Allelic Ladder, Positive Control, and Negative Control) will also be included. At least one (1) of the questioned/evidence profiles will be a mixture, and mixtures will not contain more than three (3) contributors. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. The applicable NAICS code for this requirement is 541380 with a Small Business Size Standard of $15 Million. The Product Service Code (PSC) is 6640. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Sherrilyn Rice, in either Microsoft Word or Portable Document Format (PDF), via email sherrilyn.u.rice.civ@mail.mil no later than 07:00 a.m. on 14 November 2018 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a001ea3f4753fe92523eeffffa71cfff)
 
Place of Performance
Address: Fort Gillem, Georgia, 30909, United States
Zip Code: 30909
 
Record
SN05146042-W 20181109/181107230646-a001ea3f4753fe92523eeffffa71cfff (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.